SOLICITATION NOTICE
66 -- OPTION - Computed Tomography X-Ray NDI System
- Notice Date
- 7/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- HWY 547, Joint Base MDL, NJ 08733
- ZIP Code
- 08733
- Solicitation Number
- N68335-17-R-0192
- Response Due
- 7/18/2018
- Archive Date
- 1/14/2019
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is N68335-17-R-0192 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334517 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-07-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Joint Base MDL, NJ 08733 The NAWC-AD Lakehurst requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/31/2018 - 08/30/2019 LI 001: BASE YEAR - Computed Tomography X-Ray Non-Destructive Inspection System in accordance with (IAW) the attached Statement of Work (SOW), attached System Specifications and attached Contract Data Requirements List (CDRLs) - EXHIBITS A001 - A012., 1, EA; LI 002: BASE YEAR - Basic training IAW the attached SOW., 1, LOT; LI 003: BASE YEAR - Digital Radiography and Intro to CT Training IAW the attached SOW., 1, LOT; LI 004: BASE YEAR - Advanced CT Training IAW the attached SOW., 1, LOT; LI 005: BASE YEAR - Basic Operator/Radiation Safety Training Follow-up IAW the attached SOW., 1, LOT; LI 006: DATA ITEMS - CDRLs, EXHIBITS A001 - 0012 (see attached), in support of Item Nos. 001 - 005 and ALL EXERCISED OPTION Item Nos. IAW the attached SOW and attached Specifications. Item No. 006 is not-separately-priced. Period of Performance (PoP) is up to five (5) years from date of contract award., 1, LOT; Option 1 Period of Performance: 08/31/2019 - 08/30/2020 LI 001: Preventative Maintenance Services IAW the attached SOW. PoP is from date of Government acceptance of BASE YEAR Item No. 001 thru 12 months after date of Government acceptance of Item No. 001., 1, LOT; LI 002: Software Maintenance / Updates IAW the attached SOW. PoP is from date of Government acceptance of BASE YEAR Item No. 001 thru 12 months after date of Government acceptance of Item No. 001., 1, LOT; LI 003: Spare Parts / Service Kit IAW the attached SOW. Ordering Period is for 12 months following Government acceptance of Item No. 001. All Spares are to be separately priced., 1, LOT; Option 2 Period of Performance: 08/31/2020 - 08/30/2021 LI 001: Preventative Maintenance Services IAW the attached SOW. PoP is for 12 months following OPTION YEAR 1 - Item No. 001 end date., 1, LOT; LI 002: Software Maintenance / Updates IAW the attached SOW. PoP is for 12 months following OPTION YEAR 1 - Item No. 002 end date., 1, LOT; LI 003: Spare Parts / Service Kit IAW the attached SOW. Ordering Period is for 12 months following OPTION YEAR 1 - Item No. 003 end date. All Spares are to be separately priced., 1, LOT; Option 3 Period of Performance: 08/31/2021 - 08/30/2022 LI 001: Preventative Maintenance Services IAW the attached SOW. PoP is for 12 months following OPTION YEAR 2 - Item No. 001 end date., 1, LOT; LI 002: Software Maintenance / Updates IAW the attached SOW. PoP is for 12 months following OPTION YEAR 2 - Item No. 002 end date., 1, LOT; LI 003: Spare Parts / Service Kit IAW the attached SOW. Ordering Period is for 12 months following OPTION YEAR 2 - Item No. 003 end date. All Spares are to be separately priced., 1, LOT; Option 4 Period of Performance: 08/31/2022 - 08/30/2023 LI 001: Preventative Maintenance Services IAW the attached SOW. PoP is for 12 months following OPTION YEAR 3 - Item No. 001 end date., 1, LOT; LI 002: Software Maintenance / Updates IAW the attached SOW. PoP is for 12 months following OPTION YEAR 3 - Item No. 002 end date., 1, LOT; LI 003: Spare Parts / Service Kit IAW the attached SOW. Ordering Period is for 12 months following OPTION YEAR 3 - Item No. 003 end date. All Spares are to be separately priced., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, NAWC-AD Lakehurst intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. NAWC-AD Lakehurst is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government will award a contract resulting from this solicitation to the responsible Offeror whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation, and the lowest price. Award will be made on the basis of the lowest evaluated price of proposals meeting the technical standards as detailed in the Statement of Work, System Specifications and associated Contract Data Requirements Lists (CDRLs). All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in the solicitation. Past Performance will be included in the Government's responsibility determination. In making a responsibility determination, the Government will utilize the information contained in the Past Performance Information Reporting System (PPIRS); however the Government may also use Past Performance information obtained from all available sources. Bidders are to provide their delivery schedule for BASE YEAR Item No. 001 and all items listed in the Spare Parts / Service Kit (if applicable) with long-lead items clearly identified. Bidders can propose an alternative CLIN structure which would clearly state the specifics of their respective proposal. The Period of Performance for the Base Year and all Option years is estimated and will be based upon a mutually-agreed-to contract award date. Bidders must specify a delivery schedule. This requirement is considered a commercial item, therefore Bidders are to submit information/documentation that clearly states that the item(s) they propose are commercial (such as previous sales history (either to Government or non-Government entities, and/or both)) or some other form(s) which would allow the Government to verify the Bidders assertion that the item proposed is considered commercial. SEE ATTACHED CONTRACT PROVISIONS AND CLAUSES - FedBid FOR ADDITIONAL CONTRACT PROVISIONS / CLAUSES.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0192/listing.html)
- Place of Performance
- Address: Joint Base MDL, NJ 08733
- Zip Code: 08733-5082
- Zip Code: 08733-5082
- Record
- SN04991308-W 20180715/180713230928-c5d85dafbe4e134bf042b230e05b05ec (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |